SOLICITATION NOTICE
S -- Custodial Services: Area Port of Seattle - Package #1
- Notice Date
- 2/8/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
- ZIP Code
- 20229
- Solicitation Number
- PR20097363
- Archive Date
- 3/23/2017
- Point of Contact
- David A Moss, Phone: 509-468-3869
- E-Mail Address
-
david.a.moss@cbp.dhs.gov
(david.a.moss@cbp.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Enviromental products Requirements Kiickitat Task Freq and Floor plan Nevada Task Freq and floor plan Tacoma Task Freq and floor plan Statement of Work Request for Quotes; Janitorial Service, Port of Seattle The United States Customs and Border Protection, Office of Field Operations, is seeking price quotes from interested parties to provide custodial services to three offices of the Port of Seattle. 1021 S.W. Klickitat Way, Seattle, WA 7 South Nevada Street, Seattle, WA 2202 Port of Tacoma Road, Tacoma, WA. Dates will be from April 1, 2017 to March 31, 2018, with possible yearly options to extend from April 1, 2018 thru March 31, 2022 Quotes must be received at 10710 N. Newport Hwy, Spokane, WA. 99218, No Later Than 3pm March 8, 2017. Quote must be for the work described in the "Statement of Work". Evaluation factors will be rated and must be addressed in your quote. Factors are; price per month; past performance; experience; equipment; quality assurance plan; reliability. A site visit of the facilities will be on Feb 22, 2017 at 10am the Nevada Street location. POC is Michael Hansen PH: 206-370-3725 to coordinate visit. Your quote must be for the work described on the enclosed Statement of Work, and Task and Frequency Chart. Your response will only have to state your monthly charge for the described work, and a response to the "other factors" listed above. The winning vendor will be required to have a local business license, Federal Tax ID number, obtain a Dunn and Bradstreet number, and register in the government's System for Award Management (SAM.gov). This will require direct/electronic deposit of your payments. You will be required to also register in IPP.gov (Invoice Processing Platform) for electronic processing of your invoice, plus submitting an additional invoice to the Port of Seattle office. The winning vendor, and all employees, must be legal residents of the United States and are subject to a criminal history and background investigation. ALL of this will only be required IF YOU ARE AWARDED THE CONTRACT. Selection should be made by noon March 13, 2017. Non selection announcements will not be made. A non selection briefing may be requested, if request is received by this office by March 13, 2017. Request may be verbal or written. Debriefing will be verbal ONLY. The quotes will be rated on several factors. Price is not the sole determination factor. Other factors will be: past performance; equipment; experience in performing this same type or similar work. The final determination will be based on the contracting officer's determination of "best value" for the government. Special consideration may be made for businesses that are registered with the U.S. Small Business Administration as: disabled veteran, HUB Zone, 8a, etc. THIS WILL BE A FIRM FIXED PRICE CONTRACT FOR THE LIFE OF THE CONTRACT. Wages must be based on the current Department of Labor Service Contract Act standards for the area which are a minimum hourly wage for janitorial work is $15.32 per hour. This includes the requirements to consider health and welfare coverage: Life, accident and health insurance plan(s). These benefits average approximately $4.27 per hour. These additional factors must be considered when determining the hourly rate. Sick leave, pension plan, paid vacation, and 10 paid holidays per year. ALL of these factors must be addressed in determining the cost. Additionally Executive Order 13706 requires that 1 hour or sick leave for every 30 hours worked, up to 56 hours, be provided for employees. Work will not be performed on Federal Holidays but employees will be paid for those days. Questions: Contact the Contracting Specialist - David Moss; Phone 509-468-3869; 7am-3pm weekdays.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20097363/listing.html)
- Place of Performance
- Address: 7 S Nevada St, Seattle, WA 98134, 1021 SW Klickitat Way, Seattle, WA 98134, 2202 Port of Tacoma Rd, Tacoma, WA 98421, Seattle, Washington, United States
- Record
- SN04396040-W 20170210/170208234821-e5f9af90918e5cfe2a9c98df15ec8460 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |